SOLICITATION NOTICE
20 -- Brand Name or Equal- Easy-Reel Magnum 200 Reeling System
- Notice Date
- 9/10/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333999
— All Other Miscellaneous General Purpose Machinery Manufacturing
- Contracting Office
- N00189 FISC NORFOLK VA 1968 Gilbert Street,Suite 600 NORFOLK, VA
- ZIP Code
- 00000
- Solicitation Number
- N001899211A68
- Response Due
- 9/16/2009
- Archive Date
- 10/1/2009
- Point of Contact
- Rebecca Natal 757-443-1370
- Small Business Set-Aside
- N/A
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (https://www.neco.navy.mil/ ). The RFQ number is N001899211A68. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-36 and DFARS Change Notice 20090825. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dars/dfars/html/current/252201.htm. The NAICS code is 333999 All other miscellaneous general purpose machinery manufacturing. The proposed contract action is for a brand name or equal product. The brand name, model number, and salient characteristics of the product(s) are EASY-REEL Magnum 200 "HD" reeling system (see detailed description below). FAR 52.211-6 -- Brand Name or Equal is hereby incorporated below. Provide information required by FAR 52.211-6 when submitting offers for brand name or equal products Please quote Brand Name or Equal with regards to the following specifications: CLINQTYITEMUNIT PRICEEXTENED PRICE00011 Each Easy-Reel Magnum 200 "HD" reeling system for 100m/200m towfish cable (3.8") Specifications: 1) Stainless steel welded frame of approx dimensions : 22"W x 34" L x 28" H2) Components of stainless steel, pvc, etc appropriate for fresh and salt water applications3) Double-belt drive w/variable tension4) Weight approx. 95lbs w/out towfish cable5) Wheeled portability and dolly style maneuverability6) Heavy duty extendable fiberglass boom (extends approx 20")7) Cable aligner (manual roller-style manual aid)8) Powered by 24v dc motor w/12' power cable w/battery clamps and 30' remote (solenoid) switching cable (extendable as needed)9) Includes "Mercotac" slip -ring assembly adapted to equipment. 10) Deliverable ready to use with the installation of tow cable. Commercial Warranty: One year from date of purchase Delivery: approx 30 days FISC Norfolk requests responses from qualified sources capable of providing the following items brand name or equal. Note: If providing an equal please supply descriptive data for evaluation purposes to determine the validity of how it is an EQUAL. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: FAR 52.211-6 Brand Name or Equal, is hereby included: Brand Name or Equal (Aug 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must-(1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by-(i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to! the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision). Delivery is F.O.B. Destination to Norfolk. Please indicate the best delivery time frame. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. All quotes shall include price(s) (unit price, extended price, total price), confirmation of required delivery timeframe for each item, a point of contact: name, phone number & email, Cage Code, Duns # and GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. Responses to this solicitation are due by 12:00 p.m. EST on Tuesday, September 16, 2009. The NECO website has a "submit bid" button next to the solicitation number. DO NOT use the "submit bid" button on NECO to submit your proposal. Offers can be emailed to Rebecca.natal@navy.mil or faxed to 757-443-1376/1389, Attn: Rebecca Natal. Telephone: 757-443-1370. Reference RFQ: N001899211A68 on your quote. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. No numbered Notes apply. Offeror(s) must be registered in the Central Contractor Registration (CCR) database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. The following FAR provision and clauses are applicable to this procurement: 52.204-7 Central Contracting Registration (Jul 2006);52.212-1 Instructions to Offerors - Commercial Items (Nov 2007); 52.212-3 Offeror Representations and Certifications - Commercial Items (Nov 2007) and ALT I (Apr 2002);.The offeror must complete and return Offeror Representations and Certifications-Commercial Items, if the information is not provided in the Online Representations and Certifications Application (ORCA) https://orca.bpn.gov52.212-4 Contract Terms and Conditions - Commercial Items (Feb 2007); Within 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Dec 2007), the following clauses apply and are incorporated by reference:52.219-6 Notice of Total Small Business Set-Aside (Jun 2003),52.219-28 Post Award Small Business Program Representation (Jun 2007),52.222-3 Convict Labor (Jun 2003),52.222-19 Child Labor-Cooperation with Authorities and Remedies (Aug 2007),52.222-26 Equal Opportunity (Mar 2007),52.222-50 Combating Trafficking in Persons (Aug 2007),52.225-13 Restrictions on Certain Foreign Purchases (Feb 2006),52.232-36 Payment by Third Party (May 1999) 52.215-5 Facsimile Proposals (Oct 1997);52.247-34 F.O.B. Destination (Nov 1991). The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference:252.204-7004 Required Central Contractor Registration. Alternate A (Sep 2007);252.211-7003 Item Identification & Valuation (Jun 2005)252.232-7010 Levies on Contract Payments (Dec 2006) Within DFARS 252-212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Apr 2007), the following clauses apply and are incorporated by reference:252.225-7001 Buy American Act and Balance of Payment Program (Jun 2005);252.225-7000 Buy American Act-Balance of Payments Program Certificate (Jun 2005)**.The offeror must complete and return the attached: BUY AMERICAN ACT--BALANCE OF PAYMENTS PROGRAM CERTIFICATE (JUN 2005), if the offered items are not domestic end products. Otherwise the offeror must certify in writing that the items offered are manufactured in the United States. Defense Federal Acquisition Regulation Supplement (DFARS)252.225-7000 Buy American Act--Balance of Payments Program Certificate. BUY AMERICAN ACT--BALANCE OF PAYMENTS PROGRAM CERTIFICATE (JUN 2005) (a) Definitions. "Domestic end product," "foreign end product," "qualifying country," "qualifying country end product," and "United States" have the meanings given in the Buy American Act and Balance of Payments Program clause of this solicitation. (b) Evaluation. The Government- (1) Will evaluate offers in accordance with the policies and procedures of Part 225 of the Defense Federal Acquisition Regulation Supplement; and (2) Will evaluate offers of qualifying country end products without regard to the restrictions of the Buy American Act or the Balance of Payments Program. (c) Certifications and identification of country of origin. (1) For all line items subject to the Buy American Act and Balance of Payments Program clause of this solicitation, the offeror certifies that- (i) Each end product, except those listed in paragraphs (c)(2) or (3) of this provision, is a domestic end product; and (ii) Components of unknown origin are considered to have been mined, produced, or manufactured outside the United States or a qualifying country. (2) The offeror certifies that the following end products are qualifying country end products: Line Item NumberCountry of Origin (3) The following end products are other foreign end products:Line Item NumberCountry of Origin (End of provision) 1998 EDITION252.225-
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N001899211A68/listing.html)
- Record
- SN01948714-W 20090912/090911000123-5837fdfeb64cf6be44385a38f5ca124b (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |